Skip to main content

An official website of the United States government

You have 2 new alerts

REC Proposed Additional Ordering-ceiling Increase

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

General Information

  • Contract Opportunity Type: Special Notice (Updated)
  • Updated Published Date: Sep 12, 2024 10:01 am EDT
  • Original Published Date: Sep 04, 2024 03:54 pm EDT
  • Updated Response Date: Sep 20, 2024 06:00 pm EDT
  • Original Response Date: Sep 10, 2024 06:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Oct 05, 2024
  • Original Inactive Date: Sep 25, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Y1JZ - CONSTRUCTION OF MISCELLANEOUS BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    USA

Description

This is a notice of intent to execute a class Justification and Approval (J&A) to modify the 772d Enterprise Sourcing Squadron’s (772 ESS) existing Regional Engineering and Construction (RE&C), Multiple-Award Indefinite Delivery/Indefinite quantity (ID/IQ) contracts to increase the total program ceiling and to incorporate a 16-month additional ordering period for each of the three (West, Central, and East) RE&C regional contracts.  If enacted, the new ordering periods will be from 9 November 2024 until 9 March 2026 for RE&C West; and from 7 December 2024 until 9 April 2026 for RE&C Central and East Regions.  Note, once the follow on ID/IQ Comprehensive Construction & Engineering (C2E) contract is awarded, any in-process Requests for Proposal (RFPs) for either RE&C or Worldwide Engineering & Construction (WE&C) will be invalid and will transfer to the C2E contract for proposal submission.

The suite of RE&C ID/IQ contracts were issued on behalf of the Air Force Civil Engineering Center (AFCEC) for requirements supporting construction services in the continental United States (CONUS).  The anticipated $225 million net ceiling increase ($625 million of increased expenditures) will raise the RE&C program ceiling from approximately $2.5B to $2.725B. The increased funding will be applied to cover contract support over the additional ordering period. The RE&C ceiling increase and additional ordering period is crucial to sustain the CONUS Facilities, Sustainment, Restoration and Modernization (FSRM) program for construction projects with an estimated value less than $50 million that do not cross regions.  These contracts can absorb newly funded work for mission critical operations. The RE&C contracts were awarded on 9 November 2016 for the RE&C West Region and 7 December 2016 for the RE&C Central and East Regions.  All RE&C basic contracts have a five-year basic ordering period plus three one-year options.  All three of the one-year option periods have been exercised for all three RE&C regional basic contracts.  The RE&C West base ordering period was from 9 November 2016 until 8 November 2021.  Option Year One was from 9 November 2021 until 8 November 2022.  Option Year Two was from 9 November 2022 until 8 November 2023.  Option Year Three is from 9 November 2023 until 8 November 2024.

The RE&C Central and East base ordering period was from 7 December 2016 until 6 December 2021.  Option Year One was from 7 December 2021 until 6 December 2022.  Option Year Two was from 7 December 2022 until 6 December 2023.  Option Year Three is from 7 December 2023 until 6 December 2024.

RE&C West Contractors (Awarded 9 November 2016):

1. AHTNA CDM-SMITH JV; FA8903-17-D-0001

2. AKIMA CONSTRUCTION SERVICES, LLC; FA8903-17-D-0002 

3. BHATE ENVIRONMENTAL ASSOCIATES INC; FA8903-17-D-0003

4. BRISTOL GENERAL CONTRACTORS, LLC; FA8903-17-D-0004

5. CUSTOM MECHANICAL SYSTEMS CORP; FA8903-17-D-0005

6. ENVIRONET INC; FA8903-17-D-0006

7. HERMAN JCG CO JV; FA8903-17-D-0007

8. HHI CORPORATION; FA8903-17-D-0008

9. INSIGHT ENVIRONMENTAL ENGINEERING & CONSTRUCTION, INC; FA8903-17-D-0009

10. MOWA-BARLOVENTO JOINT VENTURE A; FA8903-17-D-0010

11. PORTICO SERVICES, LLC; FA8903-17-D-0011

RE&C Central Region Contractors (Awarded 7 December 2016)

1. AHTNA CDM-SMITH JV; FA8903-17-D-0012

2. AKIMA CONSTRUCTION SERVICES, LLC; FA8903-17-D-0013 

3. BHATE ENVIRONMENTAL ASSOCIATES INC; FA8903-17-D-0014

4. BRISTOL GENERAL CONTRACTORS, LLC; FA8903-17-D-0015

5. CUSTOM MECHANICAL SYSTEMS CORP; FA8903-17-D-0016

6. HHI CORPORATION; FA8903-17-D-0017

7. HJD CAPITAL ELECTRIC, INC; FA8903-17-D-0018

8. JSR ECC, LLC; FA8903-17-D-0019

9. MOWA-BARLOVENTO JOINT VENTURE A; FA8903-17-D-0020

10. PORTICO SERVICES, LLC; FA8903-17-D-0021

11. ROUNDHOUSE PBN, LLC; FA8903-17-D-0022

REC East Region Contractors (Awarded 7 December 2016)

1. AHTNA CDM-SMITH JV; FA8903-17-D-0023

2. AKIMA CONSTRUCTION SERVICES, LLC; FA8903-17-D-0024 

3. BHATE ENVIRONMENTAL ASSOCIATES INC; FA8903-17-D-0025

4. BRISTOL GENERAL CONTRACTORS, LLC; FA8903-17-D-0026

5. CUSTOM MECHANICAL SYSTEMS CORP; FA8903-17-D-0027

6. EDIFICE, LLC; FA8903-17-D-0028

7. HERMAN JCG CO JV; FA8903-17-D-0029

8. JSR ECC, LLC; FA8903-17-D-0030

9. MELTECH CORPORATION, INC; FA8903-17-D-0031

10. MOWA-BARLOVENTO JOINT VENTURE A; FA8903-17-D-0032

11. PORTICO SERVICES, LLC; FA8903-17-D-0033

12. STRUCTURAL ASSOCIATES, INC; FA8903-17-D-0034

Should you have any questions or feedback concerning this synopsis, please contact David M. Foote at david.foote.2@us.af.mil  by 4:00 pm  CT on 27 September 2024.

*This is for Market Research purposes only and is NOT AN RFP*

Contact Information

Contracting Office Address

  • CP 210 395 8776 2261 HUGHES AVE BLDG 171 STE 163
  • JBSA LACKLAND , TX 78236-9861
  • USA

Primary Point of Contact

Secondary Point of Contact

History